Bid - Urban Habitatta Q�dwr&
CALIFORNIA
BID DOCUMENTS
SPECIFICATIONS
CITY PROJECT NO.2021-02
FRITZ BURNS PARK IMPROVEMENTS
CITY OF LA QUINTA, CALIFORNIA
PREPARED FOR:
CITY OF LA QUINTA
DEPARTMENT OF DESIGN & DEVELOPMENT
78-495 CALLE TAMPICO
LA QUINTA, CA 92253
(760) 777-7000
APPROVED BY: DATE: June 19, 2025
BRYAbrMcKINNEY, P.E. (/
PUBLIC WORKS DIRECTOR/ CITY ENGINEER
R.C.E. No. 49418 Exp Date: 09/30/26
JUNE 2025
SECTION 1200
BID
DATE: oZ 6 o?C)d .f'
The undersigned, as bidder, declares it has received and examined the Contract
Document entitled Project No. 2021-02, Fritz Burns Park Improvements, and will
contract with the City, on the form of Contract provided herewith, to do everything
required for the fulfillment of the contract for said work at the prices and on the terms and
conditions herein contained.
We have included the following items and agree that they shall form a part of this bid:
SECTION TITLE
1200
Bid
1210
Bid Schedule
1220
Bid Guaranty Bond
1230
Certification of Bidder's Experience and Qualifications
1240
Proposed Subcontractors
1250
Non -Collusion Affidavit
1260
DIR Project Vendor Information
1270
Iran Contracting Act of 2010
1280
Russian Aggression Against Ukraine Sanctions
We acknowledge that the following addenda have been received and have been
examined as part of the Contract Documents. Bidders must be on the Plan Holders List
with the City of La Quinta in order to receive addenda.
Addendum #
Date Received
1 July 2, 2025
2 July 23, 2025
3 July 24, 2025
Attached is a bid guaranty bond as required by Paragraph 1110-15.0, BID GUARANTY.
Urban Habitat Brett Brennan
Name of Bidder
760-345-1101
Bidder's Telephone Number
Bid 1200-1
If our bid is accepted, we agree to sign the contract without qualifications and to furnish
the performance and payment bonds and the required evidence of insurance within 10
calendar days after receiving written notice of the award of the contract.
We further agree, if our bid is accepted and a Contract for performance of the work is
entered into with the City, to so plan work and to prosecute it with such diligence that the
work shall be completed within the time stipulated.
Urban Habitat Office
Name of Bidder
73555 Alessandro Drive, Palm Desert, CA 92260
Bidder's Address
963744
Contractor's License No.
California
State of I
a
S re of Bi
Brett Brennan
Printed Name of Signatory
President
Title of Signatory
760-345-1101
Bidder's Telephone Number
Brett@myurbanhabitat.com
Bidder's Email Address
7/31 /2027
Contractor's Expiration Date
rAdks
rova ' I �r�
Public -
Title of Witness
Bid 1200-2
SECTION 1210
BID SCHEDULE
PROJECT NO. 2021-02
FRITZ BURNS PARK IMPROVEMENTS
City of La Quinta
78-495 Calle Tampico
La Quinta, CA 92253
To Whom It May Concern:
Pursuant to the Invitation to Bid, and in accordance with the provisions therein stated, the
undersigned hereby proposes and agrees that on award by the City under this Bid, to
execute a Contract, with necessary bonds, to furnish and install any and all labor,
materials, transportation and services for Project No. 2021-02, Fritz Burns Park
Improvements, in accordance with the plans and specifications therefore adopted and
on file with the City within the time hereinafter set forth and at the prices named in this
Bid. It is understood that the basis of award shall be the lowest total price of the Base
Bid Area plus all Additive Alternates.
Unit prices in each and every case represent the true unit price used in preparing the bid
schedule totals (Bid Form). Unit prices listed herein include material, installation and
appurtenant work as is necessary to have the item complete and in place meeting the full
intent of the plans and specifications. We acknowledge that unbalanced unit prices shall
be sufficient cause for the rejection of our bid.
Bid Schedule 1210-1
BASE BID - FRITZ BURNS PARK IMPROVEMENTS
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
GENERAL REQUIREMENTS
1.
Mobilization
1
LS
$ -1'1cj (C:)
2.
Site/Traffic Control
1
LS
$ �Z� ILnO —
$ 3
3.
Dust Control
1
LS
$�Q
$Storm
4.
ater
1
LS
$ S .
$5v�
Prevention PlanIIution SWPPP
I
5.
Demolition and Disposal - P1
1
LS
$ 0CU
$ �4vOb.
6.
Demolition and Disposal - P2
1
LS
$ 7VU
$ flt�
7.
Demolition and Disposal - P3
1
LS
$4CJ
$
SITE IMPROVEMENTS
8
Subgrade Preparation and
1
LS
$ —
$ , —
Precise Grading- P1
Subgrade Preparation and
9.
Precise Grading, Including
1
LS
$
$
Retention Basin - P2
10.
Subgrade Preparation and
1
LS
$ )
$
Precise Grading - P3
11.
4" Pedestrian Concrete
8,234
SF
$34Z,L
Pavement per Plan
12
4" Pedestrian Colored Top Cast
2,547
SF
$
Concrete Pavement per Plan
13.
6" Pedestrian Concrete
5,622
SF
$ f f S
$
Pavement per Plan
14.
6" Pedestrian Colored Top Cast
6,225
SF
$
$
Concrete Pavement per Plan
Furnish and Install 3/8" Minus
"Desert
ZS
15.
w/ 20% Fines Gold"
2,315
SF
$ 4
$
Stabilized Decomposed Granite
Furnish and Install 3/8" Minus
16.
"Apache Brown" Non -stabilized
17,739
SF
$
$
Decomposed Granite
17
Furnish and Install 3/4" "Desert
7,034
SF
$ to
$
Gold" Crushed Rock
Bid Schedule 1210-2
Addendum 02 — 7/23/2025
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
18
Furnish and Install 8" Minus
8,716
SF
$ Z , 3�
$ 2c�ACV-,
Baja Cresta Rubble
19
Install Salvaged Ex. Rubble per
3,461
SF
$ S
$ `7cv7. '
Plan
,
Furnish and Install Artificial Turf
20.
over Infill and Aggregate Base
1,617
SF
$
$
per Plan and Specifications
21
Furnish and Install PermaLoc
2,673
LF
$
$
Header — Asphalt Edge
Construct 6" Curb and Gutter
22.
per City of La Quinta Std. No.
170
LF
$ �"
$
201
'
23
Construct 6" Curb per City of La
1,400
LF
$ �j�?, ��
$
Quinta Std. No. 210
24.
Construct Ribbon Gutter per
830
LF
$ �� .—
$
Plan Details
Construct Cross -Gutter per City
25.
of La Quinta Std. No. 230 Mod.
380
SF
$ i
$
and 231 Mod.
Construct Parkway Drain per
26.
Plan Details — Curb Cut Detail
1
EA
P2 Sheet 18
Construct Curb Ramp per City
27.
of La Quinta Std. No. 250 Mod.;
6
EA
S�b
Case per Plan
i
28
Construct Driveway per City of
1
EA
$ f3/�Q_
$t31te
La Quinta Std. No. 221 Mod.
l
Construct 3" A.C. over 4" Class
29
II Aggregate Base Over 12"
32,510
SF
$
$
Scarified and Compacted
'
/7,7 1,7q
Native
30.
Signing and Striping, Including
1
LS
$
All Incidentals — P1
31.
Signing and Striping, Including
1
LS
$
$ J�.
All Incidentals — P2
SITE STORM DRAINAGE
32
Furnish and Install 6" Dia.
850
LF
$ .SU
$
HDPE Storm Drain at 1.0% Min.
Furnish and Install 6" Dia.
33.
Perforated Storm Drain at 1.0%
265
LF
$ ''—
$
Min.
Bid Schedule 1210-3
Addendum 02 — 7/23/2025
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
Furnish and Install 2'x3' NDS
34.
Ribbon Gutter Inlet with H-25
3
EA
$ r
$ 1-��
Highway Grate (Pedestrian
% (��
��
17 .
Rated) (P1 and P2
Furnish and Install 12"x12"
35.
Nyloplast Inline Drain (P1 and
12
EA
$ /��D
$�ZJ
P3
36.
Furnish and Install Bubbler Box
2
EA
r ,
Outlet P1 and P2
37.
FPurrnish and Install4" Duraslot
82
LF
$
$3Cf
WATER/SEWER IMPROVEMENTS
Furnish and Install 1" Dia.
Schedule 40 Class-350 Private
38.
Domestic Water Line complete
in place. All appurtenances
180
LF
$
$ ,
considered incidental.
Reconnect Private Water Lines
to CVWD Relocated Water
39.
Meters (3 Meters). Coordinate
1
LS
$
$ ,
with CVWD on timing to
reconnect same day.
Relocate Salvaged Private Fire
Hydrant and furnish and install
40.
new valve to grade and extend
1
LS
$
$
water line per CVWD Std W-
�3 --
33A. All appurtenances
considered incidental.
Furnish and Install 6" Dia. VCP
Sewer Lateral, per CVWD Std
41.
Dwg No. S-9A complete in
place. All appurtenances
175
LF
considered incidental.
SITE AMENITIES
Furnish and Install Engineered
Wood Fiber Safety Surface over
42.
Filter Fabric and Gravel Base
5,253
SF
�.
per Plan and Specifications (C-
11
Bid Schedule 1210-4
Addendum 02 - 7/23/2025
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
Furnish and Install Rubber
Safety Surfacing, Poured -In -
43.
Place over Rubber Shock
Course and Class II Base per
2,786
SF
$
$
Plan and Specifications (Det C-
11
44.
Construct Play Area Curb with
167
LF
$ �j�,
$�7(cl
Rebar per Plan Det C-07
•`
45.
Construct Play Area Ramp with
331
SF
$ �:
.
$
Rebar per Plan Det C-08
Construct Retaining Seat -wall
46.
with Precast Cap, Rebar,
Waterproofing, Stucco, and
310
LF
$
$��C' .
Footingper Plan C-10
Furnish and Install 5' HT Steel
47
Fence with Footings per City of
La Quinta Std. No. 784.1-784.2
574
LF
$
$
and Plan
Furnish and Install 5' HT Steel
48.
Single Gate with Footings per
3
EA
$ I —
$����'c,'� --
Plan C-31
U�'
Furnish and Install 5' HT Steel
49.
Double Gate with Footings per
5
EA
$��
$ /^
Plan Det C-30
l
Furnish and Install Boulder
50.
Edging with Footing per Plan
315
LF
$��
$Z�;
Det C-09 and C-40
`
Install City Furnished Play Area
51.
Equipment and Construct
1
LS
$ ZpsCp l
$ZS�j�U
Footings per Plan
Furnish and Install Drinking
Fountain, Construct Footing,
52.
Furnish and Install Valve, and
3
EA
$
$
Construct Drain per Plan. All
Appurtenances are considered
included. Det C-12 and C-13
Furnish and Install
53.
Trash/Recycling Receptacle and
Construct Footing per Plan (Det C-
8
EA
16)
Furnish and Install Hot Coal
54.
Receptacle and Construct Footing
2
EA
$ 1 ���'
$ ZZ�jO,
per Plan Det C-14
'
Bid Schedule 1210-5
Addendum 02 — 7/23/2025
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
Install City Furnished Bike
55.
Racks (11 Racks) and
1
LS
$
$
Construct Footing per Plan (Det
r,�
c-17)---
Install City Furnished Bench
56.
with Back and Construct
18
EA
$ �3 �
$ 0 '
Footing per Plan Det C-21
Install City Furnished Bench
57.
without Back and Construct
38
EA
$��
$j --
Footing per Plan Det C-22
Install City Furnished Curved
58.
Bench with Back Mounted on
4
EA
$
Seat -wall per Plan Det C-20
Install City Furnished Picnic
59.
Table and Construct Footing
23
EA
$
per Plan Det C-23
l�
Furnish and Install Bike Tune-
60.
Up Station and Construct
1
EA
$
Footing per Plan Det C-18
Furnish and Install BBQ Grill
61.
and Construct Footing per Plan
4
EA
$
C-15
'
Furnish and Install Pet Waste
62.
Receptacle and Construct
3
EA
$�- f
$
Footing per Plan Det C-27
Install City Furnished Hypar
63.
Shade Sail with Posts and
Construct Footing per Plan (Det
1
LS
$
Zf2�
$
C-24
Install City Furnished
64.
Playground Shade Sails with
posts and Construct Footing
1
LS
$j3�3-C) ,
$i
per Plan Det C-25
Install City Furnished
65.
Monoslope Shade Structure
3
EA
$
$
and Construct Footing per Plan
�jK _.
Sheet L 2-13
f
Install City Furnished Curved-
66.
Shade Trellis Structure and
Construct Footing per Plan
4
EA
$
$
Sheet L 2-12
Bid Schedule 1210-6
Addendum 02 — 7/23/2025
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
Install Salvaged Bronze Plaque
67.
on Stand with new anchors and
1
LS
Construct Footing per Plan
Install Salvaged Memorial Tree
68.
Plaque with new anchors per
1
LS
$--
Plan
Construct City Furnished
Restroom Building and Install
City Furnished Fixtures. Furnish
69
and Install Appurtenances as
1
LS
$
$
needed. Utility Construction and
Construction Coordination with
Oro
other trades included in item
cost.
POOL AREA IMPROVEMENTS
Furnish and Place "Kool Deck"
Surfacing over Existing
70.
Concrete Deck, Including all
2760
SF
$
$
Preparation, Void Filling, and
�1
z7Lti
Depth Markers.
71
Furnish and Construct Concrete
"Kool
3916
SF
$
with Deck" Surfacing.
Reconstruct Pool Stairs,
72
including all incidentals to
1
LS
$
$
complete the work. Demolition
.
7'
/ 7 Ab,
aid under Demo Bid Item.
Furnish and Install 5' HT Pool
Fence with Footings and 12"
73.
Concrete Band per City of La
Quinta Std. No. 784.1-784.2 per
383
LF
$
$
Plan P3 Det C-09
Construct 6' Tall Splitface CMU
74.
Block Wall and Footing per Plan
9.5
LF
$ ��
$
P3 Det C-17
'
75
Furnish and Install Pool Lounge
30
EA
$C;
$
Chair per Plan P3 Det C-10
Install City Furnished
76.
Rectangular Shade Trellis
1
EA
$
$
Structure and Construct
Footings per Plan
Bid Schedule 1210-7
Addendum 02 — 7/23/2025
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
Construct Existing Pool
77.
Renovations, Including Painting
1
LS
$Zl��'
$
Building per Plan
'
Construct Activity Pool
Complete In -Place, Install City
78
Furnished Vortex Activity Pool
1
LS
$
$
Features, and Furnish and
Install Equipment and Signs per
�7,
Plan
Construct Existing Pool
Equipment Room Renovations
79
per Plan Including Removing
1
LS
$
$
and Replacing Concrete and
--
Constructing Housekeeping
i
Pad
Furnish and Install Pool
80.
Equipment, Piping, and
1
LS
$
Recirculation per Plan
I
Install City Furnished Pool
81.
Equipment Building Utility and
1
LS
$ r
$
Construction Coordination
SITE ELECTRICAL & LIGHTING
Furnish and Install Electrical
82
Meter Pedestal (Including
1
LS
$
$
Quickpad Base and Stainless
Steel Cabinetper Plan
83
Electrical Conduit, Wire, and
1
LS
Trenching per Plan — P1
84
Electrical Conduit, Wire, and
1
LS
Trenching per Plan — P2
85
Electrical Conduit, Wire, and
1
LS
$
Trenching per Plan — P3
86
Furnish and Install Emergency
1
LS
$
Shut-off Switch and Timer
87
Furnish and Install Pull Box per
19
EA
$
Plan
88
Furnish and Install Junction Box
73
EA
$�
$
per Plan
89
Furnish and Install Pedestrian
28
EA
$
$
Pole Light with Footing per Plan
r�,
Bid Schedule 1210-8
Addendum 02 — 7/23/2025
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
Furnish and Install Parking Lot
90.
Single Head Light with Footing
3
EA
$ 44
$
per Plan
Furnish and Install Parking Lot
91.
Double Head Light with Footing
3
EA
$
$
per Plan
92
Furnish and Install Bollard Light
39
EA
$ 2Zt)
$
with Footing per Plan
93'
Furnish and Install Surface
4
EA
--
$�>
$
Mounted CeilingDown Light
94
Furnish and Install In -Grade
52
EA
$
$
Palm Tree U Light
!
95'
Furnish and Install In -Grade
55
EA
$ jJ f
Q
$
Tree U Light
96
Furnish and Install Colored
8
EA
$ % 3 %p��
$
Shade Sail Up Light
>'
97
Furnish and Install Palm Tree
16
EA
$ ^�
$
Mounted Up Light
Furnish and Install Mounted
98.
Quad Head Shade Sail
4
EA
$ ��S
$
Up/Down Light
Furnish and Install Mounted
99.
Double Head Shade Sail
10
EA
$ r
$
Up/Down Light
100
Furnish and Install Mounted
4
EA
$
$
Single Head Down Light
Furnish and Install Palm Tree
101
Mounted Gobo Projector Down
16
EA
$� .�} �'
$
Light
Furnish and Install Palm Tree
102
Mounted Down Light — Cyan Color
8
EA
$ 1 �� "s
$
Wash
`
Furnish and Install Trellis Column
103
Mounted Up/Down Light —
16
EA
$
$
Magenta Up/Cyan Down
Furnish and Install Trellis Ceiling
104
Mounted Linear Down Light —
4
EA
$
$
Cyan
t
LANDSCAPE AND IRRIGATION
105
Soil Prep and Fine Grading —
1
1
LS
$
P1
Bid Schedule 1210-9
Addendum 02 — 7/23/2025
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
106
Prep and Fine Grading —
1
LS
$ U r
$
Poil
(l
107
Pail Prep and Fine Grading —
1
LS
$ 7 r-
$
Furnish and Install Landscape
t�
108
per Plan and Specifications—
1
LS
$72 37
$
P1
Furnish and Install Landscape
109
per Plan and Specifications —
1
LS
$����,''
$
P2
Furnish and Install Landscape
110
per Plan and Specifications —
1
LS
$ <2-1�, _
$
P3
lsh and l
Furn111
1
LS
$j�j=�S�Z� �
$
Plan and Specifications — Pnlper
112
Furnish and Install Irrigation per
1
LS
$
$
Plan and Specifications — P2
,
113
Furnish and Install Irrigation per
1
LS
$
$
Plan and Specifications — P3
Furnish and Install Boulders per
114
Plan — "Copper Canyon", 18" -
69
EA
$ Z
$
24"
Furnish and Install Boulder per
115
Plan — "Copper Canyon", 24" —
66
EA
$ '""
$
30"
Furnish and Install Boulders per
116
Plan — "Copper Canyon", 30" —
45
EA
$ ill
$
36"
117
Install Salvaged Boulders per
21
EA
�d
$ 4(�.-
$
Plan
118
Lawn — SOD seeded to season
21 937
SF
$ 70
$
includingover-seeding
l
119
90-Day Maintenance Period
1
LS
$ poi no,"'
$
Total Amount of Bid Items 1 —119
$
D�
Rol
Bid Schedule 1210-10
Addendum 02 — 7/23/2025
City may award all or none of the following additive/deductive alternates:
ADDITIVE ALTERNATE NO. 1
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars,,,Dollars
A11-1
Transplant Ex. Palm Tree to
19
EA
$ fJfGI, S
$
Location Determined in Field
Total Amount of Additive Alternate 1 Bid Items 1 —1
$
DEDUCTIVE ALTERNATE NO. 1 — Hvpar Sails
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
Remove Bid Item: Install City
D1-1
Furnished Hypar Shade Sail
1
LS
,
($
with Posts per Plan Det C-24
Remove Bid Item: Install City
D1-2
Furnished Playground Shade
1
LS
($Z�
($ )
Sails with Posts per Plan (Det
,
C-25
Coordinate and Phase to Allow
D1-3
Great Western to install shade
sails with posts per Plan (Det C-
1
LS
$-�����
$
24 and C-25
Total Amount of Deductive Alternate 1 Bid Items 1 — 3
($ )
DEDUCTIVE ALTERNATE NO. 2 — Doq Park
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
Remove Portion of Bid Item: P1
D2-1
Demolition and Removal shown
1
LS
($
($ )
on sheet 4
Remove Portion of Bid Item: 4"
L�
D2-2
Pedestrian Concrete Pavement
1,475
SF
($ )
($ )
per Plan
Remove Portion of Bid Item:
D2-3
Furnish and Install Boulder
40
LF
($
($ )
Edging with Footing per Plan
Det C-40
Bid Schedule 1210-11
Addendum 02 — 7/23/2025
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
Remove Portion of Bid Item:
Furnish and Install 5' HT Steel
D2-4
Fence with Footings per City of
580
LF
($ I ���� )
($ )
La Quinta Std. No. 784.1-784.2
and Plan
Remove Bid Item: Furnish and
D2-5
Install 5' HT Steel Single Gate
2
EA
($ (�)
($ )
with Footings per Plan C-31
Remove Portion of Bid Item:
D2-6
Furnish and Install 5' HT Steel
3
EA
($?J�1 )
($ )
Double Gate with Footings per
Plan (Det C-30
Remove Portion of Bid Item:
D2-7
Furnish and Install Pet Waste
1
EA
($ )
($ )
Receptacle and Construct
Footing per Plan (Det C-27
Remove Portion of Bid Item:
D2-8
Lawn — SOD seeded to season
5,500
SF
($ I �V )
($ )
including over -seeding`
Remove Portion of Bid Item:
D2-9
Landscaping — Dog Park (P1
1
LS
($
($ )
Sheet 21
Remove Portion of Bid Item:
D2-10
Irrigation — Dog Park (P1 Sheet
1
LS
($���� )
($ )
26
Remove Portion of Bid Item: 90-
D2-11
Day Maintenance Period — Dog
1
LS
($ ZA', )
($ )
Park
Total Amount of Deductive Alternate 2 Bid Items 1 —11
($ )
Bid Schedule 1210-12
Addendum 02 - 7/23/2025
DEDUCTIVE ALTERNATE NO. 3 — Plav Area Fauinment
Item
Item Description
Est.
Unit
Unit Price
Item Total
No.
Qty.
(in figures)
(in figures)
Dollars
Dollars
Remove Bid Item: Install City
D3-1
Furnished Play Area Equipment
1
LS
($Z�/;)
($ )
and Construct Footings per
Plan
Coordinate and Phase to Allow
D3-2
Great Western to install Play
1
LS
$ -
$
Area Equipment and Construct
��5�
Footings per Plan
Total Amount of Deductive Alternate 3 Bid Items 1 — 2
($ )
GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Not including
deductive alternates) (Figures):
2 el
GRAND TOTAL BASE BID PLUS ALL ADDITIVE ALTERNATES (Not including
de��duucAAtive alteer��naptes) (Words): )
Bid Amount of each of the above Bid Items must be filled in and completed. It is
understood that the quantities shown hereon are but estimates and the bidder is
responsible to verify quantitie bid. Final payment will be based
upon actual work perfod s c to such ments and alterations as elsewhere
provided herein.
Brett Brennan
760-345-1101
Brett@myurbanhabitat.com
Signature of Bidder (Ink)
Name of Bidder (Printed or Typed)
Bidder Telephone Number
Bidder Email Address
Bid Schedule 1210-13
SECTION 1220
BID GUARANTY BOND
Developers Surety and Indemnity Company
PRINCIPAL, and Harco National Insurance Company _,as SURETY, are held and firmly bound
unto the City in the penal sum of TEN (10) PERCENT OF THE TOTAL AMOUNT OF
THE BID of the Principal above named, submitted by said Principal to the City for the
work described below, for the payment of which sum in lawful money of the United
States, well and truly to be made to the City to which said bid was submitted, we bind
ourselves, our heirs, executors, administrators, and successors, jointly and severally,
firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the Principal
has submitted the above -mentioned bid to the City, for certain construction specifically
described as follows, for which bids are to be opened at La Quinta, California.
PROJECT NO.2021-02
FRITZ BURNS PARK IMPROVEMENTS
NOW, THEREFORE, if the aforesaid Principal is awarded the contract and, within the
time and manner required under the specifications, after the prescribed forms are
presented to him/her for signature enters into a written contract in the prescribed form, in
accordance with the bid, and files two bonds with the City, one to guarantee faithful
performance, and the other to guarantee payment for labor and materials as required by
law, and provide certificate of insurance coverage required by the Contract Documents,
then this obligation shall be null and void; otherwise, it shall be and remain in full force
and virtue.
IN WITNESS WHEREOF, we have hereunto set our hands on this 25th day of
July , 2025.
Urban Habitat
Title of Signatory
Signature of Principal
73555 Alessandro Drive, Palm Desert, CA 92260
Address
Developers Surety and Indemnity Company
Andreyv Rober_W #ttorney-in•Fact
Tit b1f1#fjW
ig efff Sure
Suberior Avenue E.. 21st F;QDr. Cleveland. OH 44114
Address
Harco National Insurance Company
Andrew RabAds.Attorney-in-Fact
Titl
I^rVo-f S e
4200 ix Forks Road, Suite 1400, Raleigh, NC 27609
Address
Note: Signatures of those executing for the surety must be properly acknowledged.
Bid Guaranty Bond 122,0- t
p0H'FR0FA'1T0RNF.I FOR
COREPOIN'I E INSt RANCF ('OAtPAN'N
DEN'ELOYE:RS St REIN AND INDENINII Y COMPANY
59 Mnicicn Lane 43rd 1 loor, Now York NY 1 136
(212)220.7120
KNOW ALL BY 1111`3E PRI SFNTS' that. except as expressly linwed herein. CORLPOIN'rl INS( RAN'CF COMPANY and DL-VEL0VVRS SUR :VY AND
VI'DEMNITY COMPANY, do here, y make, const'ture and appoint
Matt Gaynor, Anne Wright and Andrew Roberts
of San Diego, CA
as tes Irue and Iatvtul Anomey of -Fact, to inakc, execute, de;rver and acknowledge, for and on behalf of said companies, as sureties, bonds undertakings and contracts
of suretyship giving and granting unto said AnomeV 3n.111 fill poi,wr and aulhonly to do and io perform every act necessary requisite or limper to be done in
connection therewith as cacti of sdid cumpany could do, but reserving to ear of said company I II po%wr ol'substiuuion and revocation, and all of the acts of said
Auomcy-in-Fact, pursuant to these presents, arc Irrcby ratified and confirmed This Possvr of Aitomey is OTectwe February 15, 2024 and
shall expire ou rkeemiber 31, 2025
This I'owe: of Attorney is granted and Ix signed under and by awhorit) of the totlowing resolutions adopted by the Boafd ofD rcctursol'COREPOINTr: INSI )RAN(, I
COMPANY and DI:VEI,OPrRS SL RF,rY AND I14D1 MVI I'Y COMPANY 'collectively 'Company"I on Fehruary 10, 2023.
RFSOI VL•D, that 'am 7•_ a Preside it Surety LhiderwritlrlR, James Bell, Vice I'resrdent- Surety_1,)itd tvrrune, and Crai I)ass.on listtu ire UndemTner
Safety each an employee of Am crust North Ai icnca, Inc_ an affiliate of the Company (the "Authorized Signors") are hereby authorized (o execute a Potter
of Attorney. qualt'ymg aitornev(s)-m fiaci named 1-1 the Porter of Attorney to execute on behalf' ol' the Company Minds undertakings and contracts of
suretyship, or other suretyship obligations. and tlat the Secrelary or any Assistant Secretary of the C ompany be, and each of them hereby is. authorized to attest
the execution of any such Potter of Anorncy
RESOI VUL) tliat the signature ol'an) one of the Authtized Signors and the Secretary or any Assistant Sec•retary ol'ihe Company. and the scal of the Company
must he aAised to any such Pm%er of'Altorney, and am +uch signature or seal may be affixed by facsimile, and Such Power ol'Attomcy shall be valid and
hmding upon the Company vtfiert so a0iud and in lie ldL.1C t%iih respect to any bond, undCnaking rt contrite( of suretyship to tthich it is attached.
IN WITNESS WHEREOF. CORI POI',�TF. INS(IRANCr- COMPANY and IN VI LOPfRS SURI IY AND INDEMNITY COMPANY have caused these pr-writs to be
sigrfed by ffic Authoriml Signor and •mcs'cd by the r Secretary of Assistat I Secretary this March 27 2023
+,+++111111/,,1,, �,+ j11111/11,,,',
\NSURq ��( AND I
iw oRpORgNCt� "• J�����PORq N���
rntcdNa c Sam7.aia G71—�s e T(o•.'n�� C9 CO ZI_
Titte President Surely (lnderwTNor4t 1lJ : S LAL . 1936
AWN.-'
ACKNOWLEDGEMENT: l,%,, ��p•.....••��Sa���:
A notary public or other officer completing this certificate verifies only the
identity of the individual who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or validity of that document.
STATE OF Cahl'ornia _ COUNTY 01: Orange
On this 27 day of Matyh 20123 , hcli 11: me. Haan -Quvcn Phu Pham personally appeared Sam %aza
wfio proved to nie on the basis o1'satoshiciory et idence to be the person tvliosc mune is subscribed to within the instrument and acknowledged in me that r-e) mccuied
the same in (licit authorized capacity and that by the signature on the instrument the entities upon bchalr'which the person acted. executed this mstmment
I eerily. «rider paially of rxrlun under (he laws of the State of Calileirma that the I'orcgomg paragf.!ph is true and corcet
WITNESS my hand and rifficoal seal
HOAN&QUYEN P. IHAM
' Ntrtary iublk - Callfornis
Signature }� ortirrdecounty
Coritmhslon R 2432920
Any Comm. Expires Dec 31, 2026
P11111CORPORATE CERTIFICATION
the undersigned, (tic Secretary of Assistant Secretary of C-OREPOIN11; INSURANCE COMPANY acid Ik.VI-LOPCKIk StJRFIY AND INDEMNIIY
COMPANY does hereby ceniIV that the provisions ul the reso Lit ons of ibe respective Hoards of Directors of said corporation -m forth of this llo twr at' Aiturnev
are in force as of the date of this Ccrtil ieation
Ibis Certificatiun is ceecuted in the City ol'Clcvcland Oh o. this March 19, 2023.
DoeuSientd by:
Hy Barry W Mows. Assistant Secretary POA No NIA
888415 zADEs18C_-
DocuSignEnvelopelD:3352BFD6 5E9D-4796-837E-C1E455E6530F Ld 03?1
Signed and sealed this 25th day of July, 2025
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validity of that document.
State of California
County of San Diego
On July 25, 2025
before me, Brittney Thompson, Notary Public
(insert name and title of the officer)
personally appeared Andrew Roberts
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my hand n o c I seal. BRirTNEYTHOMPSON
Notary Public - Califomia
San ON440 cowry
Commksion 0 24991
*my Co. Expires Sep 7, 2028
Signature (Seal) Cam.
Ty
\O (/
SEA "
STATE OF NEW JERSEY STATE OF ILLINOIS
County of Essex County of Cook
0
RE
1904 O
1E
1Nrt
Michael F. Zurcher
Executive Vice President, Harco National Insurance Company
and International Fidelity Insurance Company
POWER OF ATTORNEY e.nd N/A
HARCO NATIONAL INSURANCE COMPANY
INTERNATIONAL FIDELITY INSURANCE COMPANY
Member companies of IAT Insurance Group, Headquartered: 4200 Six Forks Rd, Suite 14DO, Raleigh, NC 27609
KNOW ALL MEN BY THESE PRESENTS: That HARCO NATIONAL INSURANCE COMPANY, a corporation organized and existing under the laws of
the State of Illinois, and INTERNATIONAL FIDELITY INSURANCE COMPANY, a corporation organized and existing under the laws of the Slate of New
Jersey, and having their principal offices located respectively in the cities of Rolling Meadows, Illinois and Newark, New Jersey, do hereby constitute and
appoint
ANDREW ROBERTS, BRITTNEY THOMPSON, MATTHEW C. GAYNOR, KIM VAZQUEZ, ANNE WRIGHT,
DANIEL FRAZEE, DAVID J. GARCIA
San Diego, CA
their true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety any and all bonds and undertakings, contracts of
indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regulation, contract
or otherwise, and the execution of such instrument(s) in pursuance of these presents, shall be as binding upon the said HARCO NATIONAL
INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY, as fully and amply, to all intents and purposes, as if the same had
been duly executed and acknowledged by their regularly elected officers at their principal offices.
This Power of Attorney is executed, and may be revoked, pursuant to and by authority of the By -Laws of HARCO NATIONAL INSURANCE COMPANY
and INTERNATIONAL FIDELITY INSURANCE COMPANY and is granted under and by authority of the following resolution adopted by the Board of
Directors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 13th day of December, 2018 and by the Board of
Directors of HARCO NATIONAL INSURANCE COMPANY at a meeting held on the 13th day of December, 2018.
'RESOLVED, that (1) the Chief Executive Officer, President, Executive Vice President, Senior Vice President, Vice President, or Secretary of the
Corporation shall have the power to appoint, and to revoke the appointments of, Attomeys-in-Fact or agents with power and authority Bs defined or limited
in their respective powers of attorney, and to execute on behalf of the Corporation and affix the Corporation's seal thereto, bonds, undertakings,
recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and (2) any such Officers of the Corporation
may appoint and revoke the appointments of joint -control custodians, agents for acceptance of process, and Attomeys-in-fact with authority to execute
waivers and consents on behalf of the Corporation; and (3) the signature of any such Officer of the Corporation and the Corporation's seal may be affixed
by facsimile to any power of attorney or certification given for the execution of any bond, undertaking, recognizance, contract of indemnity or other written
obligation in the nature thereof or related thereto, such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the
Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same
force and effect as though manually affixed.'
IN WITNESS WHEREOF, HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL
FIDELITY INSURANCE COMPANY have each executed and attested these presents
on this 31St day of December, 2023
•'P� tNStlgq ,
�p 4�pioq,..r�!n�; ;
•_ SEAL o=
b �?lrrlO'`9 J
On this 31st day of December, 2023 , before me came the individual who executed the preceding instrument, to me personally known, and,
being by me duly sworn, said he 6 the therein described and authorized officer of HARCO NATIONAL INSURANCE COMPANY and
INTERNATIONAL FIDELITY INSURANCE COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the
said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies.
SHY C pG •., IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal, at the City of Newark,
G New Jersey the day and year first above written
;'�OSARr'•.
(P AIJBL\G
%TFoFrvEW ���` Cathy Cruz a Notary Public of New Jersey
My Commission Expires April 16, 2029
CERTIFICATION
I, the undersigned officer of HARCO NATIONAL INSURANCE COMPANY and INTERNATIONAL FIDELITY INSURANCE COMPANY do hereby certify
that I have compared the foregoing copy of the Power of Attorney and affidavit, and the copy of the Sections of the By -Laws of said Companies as set
forth in said Power of Attorney, with the originals on fife in the home office of said companies, and that the same are correct transcripts thereof, and of the
whole of the said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect.
IN TESTIMONY WHEREOF, I have hereunto set my hand on this day, July 25, 2025
A01687
fV-4 Q 1; _
Irene Martins, Assistant Secretary
VER2 2J2n19 e POA
ACKNOWLEDGMENT
A notary public or other officer completing this
certificate verifies only the identity of the individual
who signed the document to which this certificate is
attached, and not the truthfulness, accuracy, or
validityof that document.
State of California
County of San Diego )
On July 25, 2025
before me, Brittney Thompson, Notary Public
(insert name and title of the officer)
personally appeared Andrew Roberts
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same in
his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the
person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
WITNESS my han off
cial seal. 6RITTNEr THOM"
Notary Public • California
*my
San DiegoCounty
Comrnbsion F 24"18D
Comm, Expires Sep 7, 2028
Signature (Seal)
SECTION 1230
CERTIFICATION OF BIDDER'S EXPERIENCE AND QUALIFICATIONS
The undersigned Bidder certifies that he is, at the time of bidding, and shall be,
throughout the period of the contract, licensed under the provisions of Chapter 9, Division
3, of the Business and Professions Code of the State of California, to do the type of work
contemplated in the Contract Documents. Bidder shall further certify that it is skilled and
regularly engaged in the general class and type of work called for in the Contract
Documents.
The Bidder represents that it is competent, knowledgeable, and has special skills on the
nature, extent, and inherent conditions of the work to be performed. Bidder further
acknowledges that there are certain peculiar and inherent conditions existent in the
construction of the particular facilities, which may create, during the construction program,
unusual or peculiar unsafe conditions hazardous to persons and property. Bidder
expressly acknowledges that it is aware of such peculiar risks and that it has the skill and
experience to foresee and to adopt protective measures to adequately and safely perform
the construction work with respect to such hazards.
The Bidder shall list below four (4) projects completed in the last seven (7) years of
similar size and complexity that indicate the Bidder's experience as a General Contractor.
1. Project Name
Silver Rock Park Venue
Owner: Citv of La Quinta
Construction Cost: $ 5,647,995
Construction Time: 120
Owner's Representative: Bryan McKinney, P.E.
Owner's Telephone No.:
760-777-7000
Date of Substantial Completion:
7-29-21
2. Project Name: Whitaker School Park Project 254
Owner: City of Buena Park, CA
Construction Cost: $ 5,029,218
Construction Time: 120
Owner's Representative: Nader Alqam
Owner's Telephone No.: 714-562-3608
Date of Substantial Completion: 8-17-24
Calendar Days
Calendar Days
Bidders Experience R Qualifications 1230-1
3.
4.
Project Name: Santa Clarita's Central Park Project 4019
Owner: City of Santa Clarita, CA
Construction Cost: $ 11,002,387
Construction Time: 199 Calendar Days
Owner's Representative.. Shannon Pickett
Owner's Telephone No.: 661-255-4968
Date of Substantial Completion: 12-18-23
Project Name: North Shore Elementary School (Mecca)
Owner: ProWest Constructors
Construction Cost: $ 687,384
Construction Time: As directed by ProWest Calendar Days
Owner's Representative: Kevin Laird
Owner's Telephone No.: 951-678-1038
Date of Substantial Completion: 7-11-25
Signed this 28th day of
Urban Habitat
Ju
963744
Name of Bidder Contractor's License No.
,Signat of Bidder
Brett Brennan
Printed Name of Bidder
2025.
1000003890
DIR Reg No.
Lic. Exp.:7-31-2027, DIR Exp.: 6/30/2028
Expiration Date
President
Title of Signatory
Bidders Experience & Qualifications 1230-2
California Jurat Certificate
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of Riverside
Subscribed and sworn to (or affirmed) before me on this 28th day of July
20 25 , by
name of Signer (2)
Brett Brennan
Name of Signer rt°,
and
proved to me on the basis of
satisfactory evidence to be the person(s) who appeared before me.
(JAUWA3
^tntan! P
J. Elida Aragon, Notary Public
rnatien (Notary Name, t c.)
17
J. ELIDAAPAGON
Notary Public - California
Riverside County_
Commission > 2482676
My Comm. Expires Fto 23, 2028
OPTIONAL INFORMATION
in this section is not required by lain% it could prevent fraur., vat and reatiL
this iurat to an unauthorized document and may prove useful to persons relying on the attached document.
Description of Attached Document
The certificate is attached to a document titled/for the purpose of
containing pages, and dated
Method of Affiant Identification
Proved to me on the basis of satisfactory evidence
<: form(s) of identification credible %vtness(es)
Notarial event is detailed in notary journal on:
Page #
Notary contact:
Other
Entry #
Affiant(s) Thumbprint(s) Describe.
SECTION 1240
PROPOSED SUBCONTRACTORS
Pursuant to California Public Contracting Code, Section 4100 et. seq., the following list
gives the name, business address, and portion of work (description of work to be done)
for each subcontractor that will be used in the work if the bidder is awarded the Contract.
(Additional supporting data may be attached to this page. Each page shall be sequentially
numbered and headed "Proposed Subcontractors" and shall be signed.)
The Contractor shall perform, with its own organization, Contract work amounting to at
least 50 percent of the Contract Price except that any designated "Specialty Items" may
be performed by subcontract and the amount of any such "Specialty Items" so
performed will be deducted from the Contract Price before computing the amount
required to be performed by the Contractor with its own organization. "Specialty Items"
will be identified by the Agency in the Bid or in the Special Provisions. Where an entire
item is subcontracted, the value of work subcontracted will be based on the Contract
Unit Price.
Subcontractor/Business Address/Description of Work/% of Work/License No./DIR Reg No.
MA71C17 ccf---f
Rc)t C-Vz L
ignat of Bidder
Brett Brennan
Name of Bidder
Proposed Subcontractors 1240-1
SECTION 1250
NON -COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED
WITH BID
State of California )
) ss.
County Of Riverside, CA )
Brett Brennan being first duly sworn, deposes and say that he
or she is President Of Urban Habitat , the
party making the foregoing bid that the bid is not made in the interest of, or on behalf of,
any undisclosed person, partnership, company, association, organization, or corporation;
that the bid is genuine and not collusive or sham; that the bidder has not directly or
indirectly induced or solicited any other bidder to put in a false or sham bid, and has not
directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone
else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not
in any manner, directly or indirectly sought by contract, agreement, communication, or
conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any
overhead, profit, or cost element of the bid price, or of that of any other bidder, or to
secure any advantage against the public body awarding the contract of anyone interested
in the proposed contract; that all statements contained in the bid are true; and, further,
that the bidder has not, directly or indirectly, submitted his or her bid price or any
breakdown thereof, or the contents thereof, or divulged information or data relative
thereto, or paid, and will not pay, any fee to any corporation, partnership, company
association, organization, bid depository, or to any member or agent thereof to effectuate
a collusive or I
Brett Brennan
Name of Bidder
President
Title
July 28, 2025
Date
Non -Collusion Affidavit 1250-1
California Jurat Certificate
A notary public or other officer completing this certificate verges only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of Riverside
Subscribed and sworn to (or affirmed) before me on this 28th
20 25 , by
Nameor..,, ,,— -,-
Brett Brennan
day of July ,
proved to me on the basis of
satisfactory evidence to be the person(s) who appeared before me.
Signature of No, J. EUDA ARAGON
1 Notary Public - California 33
`: Riverside County S
J. Elida Aragon, Notary Public ='� Commission d 2482676
maticr. My Co m. Expires Feb 23. 2023
OPTIONAL INFORMATION
,,; drmation in this section is not required by tali, it could prevent fraudulr-, :
this jurat to an unauthorized document and may prove useful to persons relying on the attached document.
Description of Attached Document
The certificate is attached to a document titled/for the purpose of
containing pages, and dated
Method of Affiant Identification
and
tent
Proved to me on the basis of satisfactory evidence:
form(s) of identification O credible witness(es)
Notarial event is detailed in notary journal on.
Page # Entry #
Notary contact.
Other
[I Affant(s) Thumbprint(s) Describe:
SECTION 1260
DIR Project Vendor Information
Vendor Information:
Name: Urban Habitat
Address: 73555 Alessandro Drive
Project Manager: Brett Brennan
Phone: 760-345-1101
City: Palm Desert
ST: CA Zip: 92260
Email: Brett@myurbanhabitat.com
CSLB/Certification Number: 963744
Public Works Registration No.: 1000003890
Classification:
Asbestos Boiler -maker Bricklayers Carpenter Carpet/Linoleum,
Cement Masons- V Drywall Finisher Drywall/Lathers Electricians
Elevator_ Mechanic Glaziers Iron Workers__�,/ LaborersVMillwrights_
Operating Eng.4—Painters Pile Drivers Pipe Trades Plasterers
Roofe SheetMetal Sound/Com Surveyor Teamster -Tile Worker.
Prevailing Wages and Payroll:
_ - ailing wage rates and enforcement by the Department of
==-Industrial-Relations (DIR). Prevailing wage rates can be obtained at:
http://www.dir.ca.gov/Public-Works/Prevailing-Wage.html.
Contractors and sur contractorz on most public Works projects are required to submit
certifie"eyr.-oll—reLTods to --the Labor Commissioner using DIR's electronic certified
payroll-Tepnr#�ystern. For -your convenience, the link for reporting certified payroll is:
http://www.dir.ca.gov/Public-Works/Certified-Pa rol�porting.html.
A copy of certified payroll, including the names and addresses of employees
dtoTsubcontractors working on the job must be included with invoices
submitted to the City of La Quinta.
DIR Project Vendor Information 1260-1
• HIM
_G..► • 1. .Rky-1A OR "-I
Pursuant to the Iran Contracting Act of 2010 (Pub. Contract Code, § 2200 et seq.),
(a) Contractor shall be ineligible to bid on or submit a proposal for any contract for One
Million Dollars ($1,000,000) or more if Contractor engages in investment activities
in Iran as defined in Public Contract Code Section 2202.5, and/or if Contractor is
identified on the list of persons engaging in investment activities in Iran prepared
by the State of California pursuant to Public Contract Code Section 2203
subdivision (b).
(b) For bids of One Million Dollars ($1,000,000) or more, Contractor must certify that
it is not on the list of ineligible vendors prohibited from doing business with the State
of California and shall complete the Iran Contracting Act Certification and submit
with their proposal at the time of bid. Contractor shall obtain the Iran Contracting
Act Certification in the form approved by the State of California, or upon written
request to the City Clerk's Office, a copy of the form will be provided to
Contractor. Failure by Contractor to provide the certification required by this
Section may deem Contractor's bid non -responsive.
(c) Nothing in this Section is intended to prevent the City from exercising its rights
pursuant to Public Contract Code section 2203, subdivision (c) or (d), or both, on
a case -by -case basis.
Iran Contracting Act Certification 1270-1
IRAN CONTRACTING ACT CERTIFICATION
Pursuant to the Iran Contract Act of 2010 (Public Contract Code 2200-2208),
Vendors/Bidders are ineligible to bid on or submit a proposal for any contract with
a public entity for goods or services of one million dollars ($1,000,000) or more
if the Vendor/Bidder engages in investment activities in Iran.
MUST BE SUBMITTED WITH BID PROPOSAL IF BID AMOUNT IS
$1,000,000 OR MORE
Prior to bidding on, submitting a proposal, or executing a contract or renewal for a public
entity contract for goods or services of $1,000,000 or more, a vendor must either: a)
certify it is not on the current list of persons engaged in investment activities in Iran
created by the California Department of General Services ("DGS") pursuant to Public
Contract Code section 2203(b) and is not a financial institution extending $20,000,000
or more in credit to another person, for 45 days or more, if that other person will use the
credit to provide goods or services in the energy sector in Iran and is identified on the
current list of persons engaged in investment activities in Iran created by DGS; or b)
demonstrate it has been exempted from the certification requirement for that
solicitation or contract pursuant to Public Contract Code section 2203(c) or (d).
To comply with this requirement, please insert your vendor or financial institution name
and Federal ID Number (if available) and complete one of the options below. Please
note: California law establishes penalties for providing false certifications, including civil
penalties equal to the greater of $250,000 or twice the amount of the contract for which
the false certification was made, contract termination, and three-year ineligibility to bid
on contracts. (Pub. Cont. Code § 2205.)
OPTION #1 - CERTIFICATION
I, the official named below, certify I am duly authorized to execute this certification on
behalf of the vendor/financial institution identified below, and the vendor/financial
institution identified below is not on the current list of persons engaged in investment
activities in Iran created by DGS and is not a financial institution extending twenty million
dollars ($20,000,000) or more in credit to another person/vendor, for 45 days or more, if
that other person/vendor will use the credit to provide goods or services in the energy
sector in Iran and is identified on the current list of persons engaged in investment
activities in Iran created by DGS.
I certify (or declare) under penalty of perjury under the laws of the State of California
that the foregoing is true and correct.
Vendor Name/Financial Institution (Printed) Federal ID Number (or n/a)
Urb abitat 45-2405501
By , uthori Igna
Pn me and Title of Person Signing Date Executed
Bret Brennan, President July 28 2025
Iran Contracting Act Certification 1270-2
OPTION #2 — EXEMPTION
Pursuant to Public Contract Code sections 2203(c) and (d), a public entity may
permit a vendor/financial institution engaged in investment activities in Iran, on a case -
by -case basis, to be eligible for, or to bid on, submit a proposal for, or enters into or
renews, a contract for goods and services.
If you have obtained an exemption from the certification requirement under the
Iran Contracting Act, please fill out the information below, and attach documentation
demonstrating the exemption approval.
Vendor Name/Financial Institution (Printed) I Federal ID Number (or n/a) I
N/A
By (Authorized Signature)
N/A
Printed Name and Title of Person Signing Date Executed
N/A N/A
Iran Contracting Act Certification 1270-3
California Jurat Certificate
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of Riverside
Subscribed and sworn to (or affirmed) before me on this 28th
20 25 , by
Brett Brennan
day of July ,
, proved to me on the basis of
satisfactory evidence to be the person(s) who appeared before me.
w
;. ELIDAARAGON
r• Votary Public • California
Riverside County
J. Elida Aragon, Notary Public Commission 4 2482676
WVZMy Comm. Expires Feb 23. 2028
OPTIONAL INFORMATION
:although the information ;.:.;.._ -section is not required by lawn; it could prevent frauduler, >
This jurat to an unauthorized document and may prove useful to persons relying on the attached document
Description of Attached Document
The certificate is attached to a document titled/for the purpose of
containing pages, and dated
and
Method of Affiant Identification
Proved to me on the basis of satisfactory evidence.
O form(s) of identification O credible witness(es)
Notarial event is detailed in notary journal on:
Page # Entry #
Notary contact:
Other
[j Affiant(s) Thumbprint(s) Lj Describe.
e_ 109-2,9 d > N,)Ug1 fee. r n _ �n� e ° - X i�lgt: R�es�,ved YOU car. purchase copies of thss for f�m our web site at arnvT
OURBAN
00HABITAT
LANDSCAPE CONTRACTORS
July 28, 2025
City of La Quinta, CA City Project No. 2021-02 - Fritz Burns Park Improvements
Re: Section 1280: Compliance with California Executive Order N-6-22 Russian Aggression Against Ukraine
Urban Habitat shall comply with California Governor Executive Order N-6-22 ("State Order") regarding
sanctions in response to Russian aggression in the Country of Ukraine, and any implementing guidelines
and/or economic sanctions imposed by the United States government ("Federal Order") in response to Russian
actions in Ukraine, as well as any sanctions imposed under California law (collectively "economic sanctions").
Urban Habitat shall comply with all such economic sanctions. By submitting a bid to the City, Urban Habitat
agrees to take any and all actions to support the Ukrainian government and people as required by law,
including by refraining from new investments in, and financial transactions with, Russian institutions or
companies that are headquartered or have their principal place of business in Russia (Russian entities), not
transferring technology to Russia or Russian entities, and directly providing support to the government and
people of Ukraine.
Urban Habitat is submitting this report to the City of La Quinta to confirm its compliance with the economic
sanctions. Urban Habitat has taken steps and actions by directing its finance, estimating, contracts, and
procurement departments, as well as its construction teams, to not participate in any way with Russia's actions
in Ukraine. These actions include, but are not limited to, desisting from making new investments in, or
engaging in financial transactions with, Russian entities, not transferring technology to Russia or Russian
entities, and directly providing support to the government and people of Ukraine as required by law. Any
Urban Habitat employee found to consent contrary to this direction will be disciplined or terminated.
The under s that Urban Habitat is compliant with the State Order and Federal Order.
Br enna
President
DURBAN
0 13HABITAT
LANOfCAPU CONTRACTORS
Largest Landscape Companies 2024
@W
73555 Alessandro Drive, Palm Desert, CA 92260
Office 760-345-1101 -Fax 855-469-4224
Brett@myurbanhabitat.com
California License 963744
13078 285221
73555 Alessandro Drive
Palm Desert, CA 92260
CA Lic. # 963744